Loading...
HomeMy WebLinkAboutExhibit SUBCITY OF MIAMI THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. AMENDMENT NO. 1 TO THE AGREEMENT FOR DREDGING SERVICES FOR WAGNER CREEK AND SEYBOLD CANAL WATERWAYS PROJECT WITH CH2M HILL CONSTRUCTORS, INC., FOR CONSTRUCTION SUPPORT SERVICES, B-50643 This Amendment No. 1 to Agreement dated February 22, 2008, between the City of Miami ("City"), a municipal corporation of the State of Florida, and CH2M Hill Constructors Inc., ("Contractor") a Delaware Corporation, for the provision of Construction Support Services ("Services") for the dredging of the Wagner Creek and Seybold Canal Waterways Project ("Project") is entered into this day of , 2014. RECITALS WHEREAS, pursuant to Resolution No. 07-0482, adopted September 11, 2007, the City Commission authorized the execution of an Agreement for Dredging services ("Agreement") with CH2M Hill Constructors, Inc., ("CH2M Hill") for the Project, in the amount of $917,381.00 for the Work, plus an owner contingency amount of $82,619.00, for a total not to exceed award value of $1,000,000; and WHEREAS, pursuant to Section 1-Terms and Conditions, Article 3, Agreement Options, the Agreement provides for the execution of a Phase II Option for the Construction Phase services for the Project subject to City Manager and City Commission approval; and WHEREAS, the City of Miami desires to exercise the Option for Phase II of the Project (Part "A" and Part "B") for Construction support services for the removal and disposal of contaminated sediments for Wagner Creek and Seybold Canal; and WHEREAS, it is now necessary to amend the Scope of Work for the Project to include additional services for commencement of the Work, which includes project planning and support, design criteria package preparation and proposal evaluation, which is further detailed in CHM2 Hill's Proposal dated May 27, 2014, a copy of which is attached and incorporated as Exhibit 1 "("Part "A and Part B"); and WHEREAS, funds have been identified for Part "A" of Phase II for these additional services from CIP Project No. B-50643; and WHEREAS, funds for Part "B" of Phase II have been identified and will be released at the time of award of construction of the Project; WHEREAS, in order to secure additional funding for the Project, the City has been given authorization to submit an application for a State of Florida Revolving Loan ("The Loan"). Acceptance of the Loan will be contingent upon City Commission approval by separate resolution, occurring at a later date; and WHEREAS, this Amendment No. 1, approved pursuant to R-14- , increases the Agreement by $2,409,588.19, thereby increasing the award value, for a total not to exceed $3,409,588.19; and WHEREAS, additional revisions to the Agreement are deemed necessary and have been agreed upon by both parties, and Page 1 of 4 follows: NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as The Agreement is hereby amended as follows: 1. Section 1 - Terms and Conditions, Article 2, Scope of Work, is hereby amended to include additional services as detailed in CHM2 Hill's Proposal, dated May 27, 2014, attached and incorporated as Exhibit 1 (Part "A & B"), for Part A. 2. Section 1 - Terms and Conditions, Article 6, Contract Value, is hereby increased by $2,409,588.19 thereby increasing the Agreement from $1,000,000 to an amount guaranteed not to exceed $3,409,588.19. This shall be a time and material fee basis and the Contractor shall not be entitled to any additional compensation in excess of Attachment B, including but not limited to any requirements necessary to obtain environmental approvals mandated by Department of Environmental Resource Management ("DERM"), ("Florida Department of Environmental Protection) ("FDEP"), Army Corps of Engineers ("ACOE"), the City or any other regulatory agency. 3. Section 1 — General Terms and Conditions, Article 33, Audit Rights and Public Records, is amended to additionally comply with changes to Florida Statutes, Chapter 119, the Public Records Act, and is supplemented as stipulated below. These terms and conditions shall become effective upon execution of this Amendment No. 1. "Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service ; (2) provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law ; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements ; (5) All electronically stored public records must be provided to the City in a format compatible with the City's information technology systems." All other terms and conditions of the Agreement remain in operative force and effect. Page 2 of 4 THE CITY OF MIAMI, FLORIDA CITY OF MIAMI, FLORIDA, a municipal ATTEST: Corporation of the State of Florida By: By: Todd B. Hannon, City Clerk Daniel J. Alfonso, City Manager APPROVED AS TO LEGAL FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: By: By: Victoria Mendez, City Attorney Ann -Marie Sharpe, Interim Risk Management Director CONTRACTOR ATTEST: CH2M Hill, Contractors, a Delaware Corporation By: Corporate Secretary By: Michael Kirchner (Affix Corporate Seal) CH2M Hill Authorized Signatory Page 3 of 4 Proposal dated May 27, 2014 Page 4 of 4 EXHIBIT I May 27, 2014 Mark Spanioll, P.E. Director, Capital Improvements Program City of Miami 444 SW 2"d Avenue, 8th Floor Miami, FL 33130 Submitted via e-mail: mspanioli@mlamigov.com Subject. 'Proposal for Consulting and Sediment Removal Support Wagner Greek/seybold Canal Restoration Project Miami, Florida Dear Mr, Spanioll: CH2M HILL 3160 SW 381h Avenue Suite 700 Miami, FL 33146 Tel 306 441.1864 Fax 300 443.6656 CH2M HILL Engineers, Inc. (CH2M HILL) Is pleased to submit thls proposal to the City of Miami (City) to provide consulting services related to project management, procurement assistance and observation and reporting services during construction for sediment removal on the Wagner Creek/Seybold Canal Restoration Project (Project). We have prepared this proposal based on our ongoing engagement and dialogue with the City starting in 2006, when CH2M HILL responded to the City's Request for Letters of Interest (RFLI No. 05-06-090) for Dredging Services for Seybold Canal and Wagner Creek (B-50643). This ongoing commitment has also encompassed our preparation of the Corrective Action Plan W Version 2 (CAP 2), which included securing Federal, State, and County permits, as well as our teleconference with City staff an September 12, 201.3, when we confirmed the requested scope of work (SOW). On the strength of our.previous involvement with the project.and continued project support to the City, CH2M HILL fully understands both the critical need for and requirements of the Project. This proposal Includes two parts with tasks associated with the planning, preparation and implementation of the corrective action for removal and disposal of contaminated .sediments from Wagner Creek/Seybold Canal. The proposed SOW services Include: PART A Task 1: Project planning and support Task 2: Design criteria package preparation and proposal evaluation PART 13 Task 3: Services during construction Our proposal describes the proposed SOW, assumptions and includes a cost estimate (budget) based on the City's procurement process and the project design parameters contained In the CAP 2 (CH2M HILL, 2009), CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 1 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA Project Understanding The Project involves dredging Wagner Creek and Seybold Canal to remove contaminated sediments and improve drainage and navigation, ultimately benefiting Miami's local communities and south Florida's natural aquatic resources. Wagner Creek, which merges Into Seybold Canal, receives stormwater runoff from the surrounding C-6 Basin, Historical stormwater discharge into Wagner Creek and Seybold Canal has resulted in elevated sediment concentrations of dioxins, total polycyclic aromatic hydrocarbons (PAHs), and metals, Dredging activities will begin where Wagner Creek exits a culvert system at NW 20th Street and will continue to the point where Seybold Canal discharges Into the Miami River. Consistent with the approved CAP 2 and permits, the project will provide for the efficient and safe • excavation of contaminated, accumulated sediment In six Operational Sections (OS's) (five iin Wagner Creek and one in Seybold Canal), as well as transport of that sediment to an appropriate landfill(s). Wagner Creek is an Important part of the Miami River water system; however, It Is a 303(d) listed water body that has a high concentration of pollutants. Project Delivery Team CH2M HILL's core project delivery team consists of the following roles: Project Director; Client Service Manager; Project Manager; Senior Technical Consultant; Onsite Construction Inspector; Offsite Health and Safety Manager; and Onsite Quality Control Manager, Key personnel and their responsibilities are identified below. Project Director (PD): The PD, George Hicks, Is Global Market Segment Director for CH2M HILL's Sediment Management Program. In this capacity he is responsible for CH2M HILL's technical quality, project delivery and client satisfaction. This role will be in effect for the duration of the project, Client Service Managers (CSM's): The CSM's, Mike Shehadeh, Tom McSweeney and Daniel Dletch will serve as the liaisons between the City and CH2M HILL project team. Mr. Shehadeh will be the interface between CH2M HILL and the City's CIP Director and Mr, McSweeney and Mr. Dietch will be the interface between CH2M HILL and the City's CIP Project Manager, These roles will be In effect for the duration of the project. Project Manager (PM): The PM, Gary Foster, will be responsible for the overall execution of the work, Specific responsibilities of the PM will Include the following, • CH2M HILL project team management • Project set-up, including financial and scheduling systems • Project management plan preparation and execution • Communication with the permitting agencies en technical matters • Schedule updates and project documentation • Project closeout This role will be in effect for the duration of the protect. CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 7 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA Senior Technical Consultant (STC), The STC, David Cole, will be responsible for providing technical oversight for the overall execution of the work, Specific responsibilities of the STC will include the following: • Identify potential protect execution risks and develop appropriate mitigation strategies for the City's consideration • Provide technical support to the CH2M HILL team This role will be in effect for the duration of the project, Onsite Construction Inspector (CI): The CI, Roy Weller, will be onslte during the dredging portion of the project. Specific responsibilities include the following: • Interface with the PM and the City's Construction Manager on a daily basis o Prepare daily and weekly performance, production and other related reports • Observation of contractors' performance • Manage CH2M HILL field staff • Compliance with CH2M HILL's site -specific health and safety plan and construction quality control plan • Equipment observation for compliance with applicable permits (e,g., dredge material containers, not the dredging equipment) • Interface with the dredging contractor as directed by the City This role will be in effect for construction portion of the project, Offsite Health and Safety Manager (HSM): The HSM, Mike Shanahan, will be responsible for the following specific tasks (CH2M HILL field staff only): • Develop the CH2M HILL site -specific health and safety plan • Review and advise the City of activity hazard analyses (AHAs) • Observe the team performance for safe execution of the work • Review the project team safety requirements • Observeand document project health and safety activities This role will be in effect for construction portion of the project, Onsite Quality Control Manager (CtCM): The QCM, Tyler Deeds, will be responsible for the following specific tasks: • Development of field quality control plan • Observation of compliance with quality control plan • Preparation of daily and weekly quality control reports • Documentation of quality control activities This role will be In effect for construction portion of the project, Resumes for our core project delivery team are presented In Attachment A. CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 3 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA Scope of Work PART A Task 1-- Project Planning and Support Throughout the project, CH2M HILL will provide project management services to keep the protect on schedule and budget, Adequate resources for project management, coordination, teleconferences and meetings'will be devoted to successfully integrate these various activities, As part of this task, CH2M HILL will perform the following activities: • Provide miscellaneous communications with, and responses to, requests from the City and agencies regarding the dredging activities, as directed by the Clty, • Provide technical support and planning/coordination for successful Implementation of the dredging activities. • Plan and conduct up to three pre -construction coordlnation/status meetings with the Clty that will include the PM, CSM, and STC. • Perform monthly project updates, including budget tracking and client invoicing prior to and during construction. • Develop the conceptual project schedule that Includes project milestones; meetings, proposal evaluations, mobilization and services during construction. • Develop bidder lists for the following services: o Dredging, including access agreements, capital equipment, maintenance of traffic (MOTs), surveying (land and hydrographic), and sampling/testing/monitoring; transport and disposal; archaeology; structure repair; and third party monitoring (water quality, manatee, noise, and air quality). • Support the City's review of the selected contractor's required operational, health and safety, and training document submittals prior to mobilization. • Update previously prepared engineer's estimates (+15%/-10%) for the various services included In this SOW prior to Issuing the solicitation. • Verify that the necessary permits have been obtained by the City or contractor and that the contractor's work plan will be in compliance with the requirements of these permits, Including permit close-out. • Support the City with its Public Involvement Plan as detailed in the CAP 2. CH2M HILL will attend public engagement meetings and prepare presentation materials, • Support the City to secure financial support, including applications for funding from sources such as the Florida Inland Navigational District (FIND), State Revolving Fund (SRF), or Community Development Block Grants (CDBG). • Provide funding source documentation (e.g., FIND, SRF and CDBG),Review and evaluate structure repair claims. The protect planning and support activities are Intended to maintain continuity among the various project stakeholders, Assumptions For this task, CH2M HILL assumes the following: • The Clty will review and approve the project schedule, SOW, structure survey requirements and cost estimates, which will be provided by CH2M HILL within 30 days of Notice -to -Proceed, • CH2M HILL will prepare for and attend up to ten (10) 2-hour project management/planning meetings during the project (assumes two CH2M HILL staff per meeting). • The Clty will implement Its Public Involvement Plan as referenced in Section 5 of the CAP 2 and described in Appendix E and CH2M HILL will assist for the duration of the project. CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 4 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYI3OLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA • Additional services will be provided as requested by the City and will be compensated based on the labor rate schedule provided In Attachment C. Deliverables For this task, CH2M HILL will provide the following: • Prepare coordination/status meetings agendas and minutes, • Prepare monthly project updates, including budget tracking and client invoicing. • Prepare project schedule .(In Microsoft Project) based on durations that will be updated at least monthly, • Prepare bidders list, which will be recommended to the City, Notwithstanding any recommendations, the solicitation will not be limited to those firms. • Prepare funding source documentation/reports, Task 2 —Design Criteria Package Preparation and Proposal Evaluation CH2M HILL will prepare the design criteria package that will be included in the RFP and provide technical support throughout the procurement process. As part of this task, CH2M HILL will perform the following activities: • Prepare the design criteria package based on the CAP 2 and permit conditions. • Provide technical input to the contract. • Prepare regulatory submittal requirements. • Prepare SOWs for each task based on the CAP 2 and permit conditions, • Review the complete RFP compiled by the City prior to Issuance, • Perform project site walk with potential proposers, Including Clty staff. • Facilitate pre -proposal meeting. • Prepare proposal evaluation form. • Provide technical input to the City oh Requests for Information (RFIs), • Provide technical support to the selection committee. • • Attend selection committee meetings as a technical resource (assumes two CH2M HILL staff at three meetings). • Evaluate proposals (technical and financial). • Prepare recommendations for contractor selection, • Provide technical support during contract negotiations. • Attend contract negotiations meetings as a technical resource (assumes two CH2M HILL staff at three meetings). • Assess the need and extent for archaeological monitoring, If required, contracting with an archaeologist will be included as a service in the solicitation, Assumptions For this task, CH2M HILL assumes the following: • The Clty will define the procurement process. • The City will issue solicitations to the contractors. • The City will host a pre -proposal meeting that will include the contractors and CH2M HILL. • The City wili host the project site wall< with potential proposers, • The City will appoint the selection committee. • The City will procure and set up contracts with recommended contractor. • Solicited contractor(s) will attend the pre -proposal meeting. • Solicited contractor(s) will prepare and submit proposals, CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT of CH2M HILL 6 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYDOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA • Selected contractor will negotiate the contract (including terms and conditions) with the City. • Additional services will be provided as requested by the City and will be compensated based oti the labor rate schedule provided in Attachment C. • Task 2 activities have an estimated duration of 9 months. Deliverables For this task, CH2M HILL will perform the following: • Prepare the design criteria package, including the SOWs for each task based on the CAP 2 and permit conditions. • Prepare regulatory submittal requirements. • Facilitate pre -proposal (bid) meeting. • Lead the site walk, • Prepare proposal evaluation form, • Provide technical input to the City's RFI responses. • Attend selection committee and contract negotiations meetings (assumes three meetings for each topic). • Prepare proposal evaluation matrices (technical and financial), • Prepare recommendations for contractor selection. • Prepare meeting minutes, PART • Task 3 - Services During Construction Throughout the sediment removal activities, CH2M HILL will assist the City by observing and inspecting the daily work of the contractor to document execution In accordance with protect plans, specifications and permit conditions. CH2M HILL's CI and PM will represent the City as its agents and will have the authority to act on Its behalf when requested. Therewill be occasions where the CI and/or PM will be asked to direct the contractor based on direction from the City, •The CI and/or PM will notdirect the contractor without specific direction from the City. The actual terms and conditions will be defined in a work plan prepared by CH2M HILL and approved by the City. CH2M Hill's staff will verify the contractor has obtained all required permits and will monitor their term and requirements throughout the protect, The contractor holds the responsibility to obtain and comply with the permits, CH2M HILL's CI will report to the City any Identified non-conformance concerns so that the City can direct the dredging contractor and other project support contractors on these issues, CH2M HILL will review all reports prepared and submitted by the contractors. CH2M HILL will verify that the reports include items such as operational Information, material quantities used, and health and safety activities before the contractor delivers the report to the City. The reports will be reviewed by the City to verify that the quality assurance process Is working adequately, CH2M HILL will be at the site upon the dredging contractor's mobilization and will remain on -site throughout the set-up, dredging and demobilization activities. The CI will be responsible for observing and reporting whether the sediment removal is conducted In accordance with all applicable permits and applicable regulations and agreed upon In the contract award between the City and the dredging contractor. The CI will document.any deviations from the agreed -upon means and will notify the City If these deviations may violate any permit conditions and/or applicable regulations, The CI will report CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT Or CH2M HILL 6 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEVHOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA deviations from the agreed -upon means to the City for approval prior to implementing a change, In addition, CH2M HILL will keep the City updated on the daily construction activities and project status. As part of assisting the City with observation and reporting, CH2M HILL will perform the following activities: • Document pre -construction structure conditions, • Observation inspection and daily reporting of the following, o Mobilization; o Daily dredging; o Water and turbidity monitoring; o Verify contaminant testing is conducted consistent with the permit conditions o Daily confirmation surveying (as required); a Regulatory agency communication; o Contractor invoice review; a Field documentation and reporting (e.g,, access agreement conditions/ MOT conditions/compliance, testing and disposal manifests); o Quality assurance/contract compliance; and o Schedule and budget status. • Review the contractor's health and safety plan for alignment with the City, CH2M HILL will not be responsible for approving the contractor's health and safety plan. • Review change order requests. • Monitor that terms of any access agreements are being met (e.g., pre- and post-condltion surveys, hours, etc.), • Review contractor pay applications. • Intergovernmental liaison (e.g,, U.S. Army Corps of Engineers, Florida Department of Environmental Protection, Miami -Dade County Department of Regulatory and Economic Resources), • Prepare Construction Completion Report summarizing all field activities, including volume of sediment removed, survey data, site drawings including signed and sealed as-bulit drawing provided by the contractor, transport and shipment of the sediment, and structures repaired (.pdf format), As part of this task, CH2M HILL may perform the following additional services as directed by the City; however, It should be noted that these activities are riot included In the budget presented in Attachment B: • Review SOWs of work for structure repairs prepared by the contractor. • Observe structure repairs in the field (e.g,, embankments and sea walls), • Provide additional services as requested and mutually agreed upon. Assumptions For this task, CH2M HILL assumes the following: • CH2M HILL will assist the City'by observing and Inspecting the work of the contractor to document project execution in accordance with project plans and specifications, • CH2M HILL will prepare for and attend construction progress meetings, initially every two weeks for the first two months, then monthly for the duration of construction, The meetings are assumed to last up to one hour each. CLIENT CONFIDENTIAL WORN PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 7 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA • CH2M HILL will assist the City in providing financial tracking of the selected contractor. • CH2M HILL will assist the City with change orders review, as applicable, • CH2M HILL will be responsible .for preparing and managing its own health and safety program. • CH2M HILL will not be responsible for sediment and other sampling and analysis. • CH2M HILL will not be responsible for sediment transportation and disposal, • City is responsible for directing and managing the selected contractor actual work, • Selected contractor will be responsible for preparing and managing their own health and safety program, • Selected contractor will be responsible for obtaining necessary access agreements. • Selected contractor will be responsible for pre -mobilization structure survey to evaluate properties and In -water structures that could be affected by the mobilization of equipment to the creek and canal or by dredging within the waterways, • Selected contractor will be responsible for providing and setting up structure protection during the sediment removal activities. • Selected contractor will be responsible for pre- and post -dredging surveying (e.g., land and hydrographlc). • Selected contractor will be responsible for water controls and maintenance of traffic, • Selected contractor will be responsible for documenting as -built conditions, • The project Is expected to be executed on an up -to 10-hour day, 5-day-a-week schedule. • Task 3 activities have an estimated duration of 16 months, assuming no weather or other delays. • The City will establish an estimated budget to address structure repairs within the project site, if required and CH2M HILL will assist, • CH2M HILL is not responsible for the costs to repair structures. • Selected contractor will be responsible for repairing structures caused during the performance of their work, • Work related to structure repairs will be provided as requested by the City, but have not been budgeted. Compensation will be based on the labor rate schedule provided In Attachment C. • Additional services will be provided as requested by the City and will be compensated based on the labor rate schedule provided in Attachment C. Deliverables For this task, CH2M HILL will perform the following: • Prepare construction progress meetings agendas and minutes. • Perform inspections, observation and daily reporting/activity logs, • Review pre- and post -dredging surveying to document work performed. • Prepare CH2M HILL Health and Safety Plan and AHAs (,pdf format), • Review contractor prepared as-bullt's, • Prepare Construction Completion Report. • Prepare CH2M HILL's protect close-out documentation. CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 0 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CiTY OF MIAMI, FLORIDA Conditions and Limitations CH2M HILL proposes to provide services with the following conditions and limitations: • The City will contract directly with the.dredging contractor, monitoring contractors (e,g,, water quality, manatee, noise, air quality) and structure repair contractor and provide all materials and supplemental support for successful completion of the restoration activities along Wagner Creek and Seybold Canal, pursuant to the agreement between the City and the dredging contractor. Dredging contractor fees, material costs, and supplemental support costs are not included in this proposal. • Changes in laws or regulations not known or foreseeable on this proposal date have not been included in the budget or time of performance of the services. • The selected contractor will provide divers and oil spill response services if needed during the project, • CH2M HILL will not be responsible for the elimination or abatement of safety hazards which are not created by CH2M HILL or which do not result from the work described in this proposal. • CH2M HILL will assist the City by observing and Inspecting the work of the contractor to document execution in accordance with project plans and specifications. • CH2M HILL has assumed that the City will provide free and unlimited access to the site for performance of observation and Inspection services, If access agreements for private property are necessary for portions of the project, the City will secure these agreements in advance and the schedule will not be Impacted, • The costs of additional activities or delays due to protection of wildlife and marine life have not been included in the budget or schedule, • All work will be performed in appropriate personal protective equipment (PPE), • CH2M HILL will not be responsible for delays caused by regulatory agencies, Any such delays will be evaluated for adjustment to the project budget or schedule, • The budget and schedule do,not include downtime for severe weather (e,g., hurricanes, high winds, rough water, or lightning) that would significantly delay field activities. Any weather conditions that could impede work, damage equipment, or compromise safety will be recognized, as a legitimate basis fora work stoppage or delay, • It Is assumed that all required permits have already been obtained for the restoration activities, • It is assumed that a contractor for the City will monitor turbidity near the point where Seybold Canal discharges into the Miami River as required for regulatory compliance. • It is assumed that the contractor will be responsible for contracting for archaeological services as required. • The City and Its contractors will provide logistics, telecommunications, and sanitary services support to its temporary field office (location to be determined), if required, CH2M HILL will be responsible for their own temporary field office (Including utilities), vehicles, laptop computers, cellular phones, digital recording equipment (e.g., audio, photo, and video), and any other office supplies required to complete these tasks. • The contractor will provide for the handling, storage, and disposal of all debris or waste generated in performance of the SOW. • The City will authorize CH2M HILL to stop the contractors work In the event that certain emergencies or hazards occur. The City will incur any change orders that may arise from these work stoppages, and will not pass any costs to CH2M HILL. • It is assumed that the City will provide uninterrupted funding for the entire project, CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT TIE CONSENT OF CH2M HILL . 9 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYSOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA Estimated Schedule Table 1 presents a conceptual project schedule, which will be further defined as specified In Task 1. Table 1 Estimated Protect Schedule fasi< ' Activity . ...stirm`a$ed.pu.rat'io►i . : (Calendar Cys) Task 1 Project Planning and Support 739 Task 2 Design Criteria Package Preparation and Proposal Evaluation 240 Task 3 Services During Construction 469 Total Estimated Duration 739 Terms, Conditions and Compensation CH2M HILL will provide the professional services described In this proposal in accordance with Section 3 of the Agreement for Dredging Services for Wagner Creek and Seybold Canal Waterways (Project Number 8-50643), dated February 22, 2008 with the following conditions: • The work will be performed on a Time and Materials basis with an estimated budget of $2,409,588.19, which is presented In Attachment B. • The proposed budget Is based on the protect delivery team roles and the job classifications presented in AttachmentC. • The budget Is contingent on reaching mutually agreeable contractual terms and conditions, • CH2M HILL will invoice on a monthly basis and will only invoice the City for actual work performed. • It is assumed that once dredging commences work will continue uninterrupted through completion (i.e., OS 1 through OS 6). • The contract will be assigned from CH2M HILL Constructors, Inc. to CH2M HILL Engineers, Inc. CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 10 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA CH2M HILL thanks you for this opportunity to provide our proposal. We look forward to supporting the City on this.critically Important restoration protect. Please contact Mike Shehadeh at (305) 547-9126 if you have any questions or require any additional Information. Sincerely, CH2M HILL Engineers, Inc. Mike Shehadeh, P.E. Michael Kirchner Client Service Manager Operations Manager Attachment A: Core Project Delivery Team Resumes Attachment B: Project Budget Attachment C: Labor Rates Schedule Copy: Jeovanny Rodriguez, P.E., City of Miami Jose Lego, P.E., City of Miami Tom McSweeney, CH2M HILL AUTHORIZATION Services outlined herein as requested by the client shall be performed in accordance with the negotiated terms, conditions and compensation of the Agreement. This Proposal shall also be incorporated by reference to the terms of the Agreement. City of Miami Signature: Printed Name: Title: Date: CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 11 Task Attachment S Project Budget Hours Labor Labor Subtotal E-pense Subs Travel Subtotal Markup Task Total Top Task 01-Protect Planning_ and Support 01.01- Develop Project Schedule 42 $ 7,063_72 5 7.06332 $ 2.30 5 - $ 5 7,066.02 5 - $ 7,06622 01.02- Develop Bidders Lists 24 $ 4,773.40 $ 4,773.40 $ 460 $ - $ $ 4,773.00 5 - $ 4,778,00 0t03- Prepare Engineers EsSmete 56 $ 10,145,48 5 10,145.48 5 6.90 5 - $ - $ 10,15238 $ - $ 10,152_38 01_04- Support Pubre Engagement 336 S 5622432 $ 56,324.32 S - S - $ 5 56,824.32 $ - $ 56,824,32 01.05-Mee5ngs 168 5 31,737.60 $ 31,73720 $ 600.00 S - $ $ 3233760 $ 60.00 $ 32,397.60 01_06- projectAccormHng($iling 140 $ 13,11620 $ 13,116_50 $ - $ - $ $ 13,119.60 $ - S 13,119.60 01.07- Provide Financial5=_rnces ($RF,eri ants, eft.) 540 5 80,719.92 5 80,719.92 • $ 27.60 $ - $ 5 80,74752 $ - 5 80,747.52 Subtotal for Task 01 1,306 5 204,384.04 $ 204,384 04 $ 641_40 5 - $ - $ 205,025.44 5 60.00 $ 205,085.44 Top Task 02-Design 'Merle Package Prepars1on and Proposal Evaluation 02_01- P op.ec Design Criteria Package 212 $ 35,50228 $ 35,502.26 5 13.80 5 - $ $ 35,515.08 02.02-Prepare Regulabory Sohn/BIM Requirements 78 $ 13.395.12 $ 13,896_12 $ 4.60 $ - $ - $ 13,900.72 0203- PrepareS0Ws For Each Task 120 5 19983_66 $ 1693326 $ 16.10 5 - 5 S 19,999.76 02.04-Perform Site Walk 112 $ 21,25120 5 21,25120 5 - $ - $ - $ 2125120 0205-Facnate Pro -Proposal MueWg 116 5 22417.00 5 22,417.00 $ 6.90 $ - 3 5 22,42230 02_06- Prepare Bid Evalaa6on Forms 54 5 9,869_54 $ 9.859_64 S 6.90 $ - S 5 9,87654 02.07-881 Responses 72 5 13,24524 5 13,24524 $ 690 5 - $ 5 13,252.14 0208- Proposal Evaluation 158 5 28,52628 $ 28,526.28 $ 13.80 $ - $ - $ 26,540.08 02.09- Prepare Recommendations 60 5 11975:40 $ 11,675.40 $ 620 $ - 5 - 5 11.9730 02.10- Contract 699:KidRi 1 Assstsnce 60 $ 10,496A4 $ 10.496_04 5 13.80 $ - $ - $ 10,509.84 0211-Pre Construction Stbm9f91Review 96 $ 15,65320 $ 15,6. 20 5 9.20 $ - $ - $ 15,667 40 $ $ 35,516.08 $ - $ 13,900.72 $ - $ 19.999 76 $ - $ 21 25120 5 - $ 22,42390 $ - S 9,876_54 $ - $ 13,252.14 $ - S 28,540 08 5 $ 11,68230 $ - S 10,509.64 $ - $ 15,86240 Subtotal for Task02 1,136 $ 202516.06 5 202516.06 5 98.90 $ - $ - 5 202514.96 5 - 5 202614.96 ContingegcyforTasks 01 and02 228 $ 39,25620 $ 39,25620 $ 1,379.50 $ - $ - $ 4063570 $ 13450 $-40770.26 Subtotal for Tasks 01 and 02 2,670 $ 446,15620 5 446.166.30 5 2,119.80 5 - $ 448,276_10 5 19420 $ 446,470_60 Top Task03 -Services During Constmction 03.CH-Project Chattering 204 $ 3490524 5 34,90524 S 1.06035 $ - $ 323400 $ 42200.20 $ 100.00 3 4230020 031v10- 0vers191ItM0b01Z250n 192 $ 31,876_48 S 31,876.48 S 174095 S 3,600.00 $ 4,143.00 $ 41,360_43 5 531.60 5 41.89203 MSS -Pre-Cons-M=5 rl Structure Conditions 228 $ 29,064.72 $ 29,064.72 5 2625A0 5 - 5 3,855.00 5 35,544_72 5 26Z50 5 35,307.22 052201-05-1 Projec Management T72 $ 3298948 5 32.986_48 $ 1.410.40 5 - S 2,76900 5 37,134_88 5 139.20 $ 37,304.08 03.01.02-0S-1 Dredging Oversight 1,260 $ 159,49224 S 159,49224 $ 11,433_45 $ - $ 17,290.00 $ 188215.70 $ 1,140.00 5 189.355.70 03.0201- 0S-2 Project Management 158 S 31,13824 $ 31,13824 $ 1,39450 $ - $ 282400 $ 35,356.74 $ 135.30 $ 35,4SiO4 03_0102- OS-2 Dredging Oversight 1,234 $ 156,194.86 5 155,164.86 $ 1438245 5 - $ 17290_00 $ 187.86832 5 1.43520 5 189,30332 03.03.01- 053 Project Management 204 6 40205_55 5 40,20556 $ • 1,981.06 $ - $ 5,59200 5 47,778_62 $ 194.30 5 47,972_92 03.03.02-08-3 Dredging Oversight 1.832 $ 231,64n 77 5 231,64022 S 20,190.35 5 - 5 25,412.00 $ 27724258 $ 2015.00 5 27925758 0304.01- 0S4 Project Management 98 5 18,61024 $ 18,61024 $ 517_95 $ - $ 1.147.00 $ 20,275_19 S 49.30 $ 20,324_49 03.04.02 - 0S-4 Dredging Oversight 454 $ 57,273.46 $ 5727346 $ 5.173.63 $ - $ 7,905_00 $ 69,453.09 $ 515.00 5 69963.09 03.05.01- 055 Project Management 138 $ 26.95224 $ 26.9774 $ 1,104.50 5 - 5 2.294_00 $ 30,60.74 $ 107.30 $ 30,468.04 0305.02-05-5 Dredging Oversight 974 S 123_221.06 $ 123221.08 S. 11,176.9D 5 - $ 13.834.00 $ 143,03196 $ 1,115.00 S 149,146.98 03.05.01-0S-6 P,.ge,.t Management 374 $ 73,67024 $ 73,87024 $ 3,543.00 $ - $ 9,590.00 $ 87,16324 $ 348.00 $ 8751124 03 06 02-OS-6 Dredging Oversight 3,126 5 395,5377 $ 395,63622 $ 35,826.12 $ - $ 43,70200 $ 475,164_34 $ 3,575.00 $ 478,739.34 03.CR- Construction Completion Report 296 $ 4025574 $ 40 7A574 5 7,004,60 $ - 5 - 5 47,29034 $ 700.08 $ 47,990.34 Subtotal for Task 03 10,944 $ 1,483,16324 $ 1,433,163.84 $ 120,56626 $ 3,600.00 5 163141.00 $ 1,770,471.09 $ 1238320 5 1,782,834-99 ConVngencyforTask03 1,014 $ 156,99360 $ 155,993.60 $ 19,360.90 $ - $ - $ 176,35450 $ 1,928.50 $ 178,28300 Grand Total 14,628 5 2086,313_74 $ 2986,313.74 5 142046.95 $ 3,600.00 $ 163,143.00 5 2,395,10529 $ 14,486.50 $ 2,409,588.19 CITY OF MIAMI AMENDMENT NO. 1 TO THE AGREEMENT FOR DREDGING SERVICES FOR WAGNER CREEK AND SEYBOLD ANAL WATERWAYS PROJECT WITH CH2M HILL CONSTRUCTORS, INC., FOR CONSTRUCTION SUPPORT SERVICES B-50643 This Amendment No. 1 to Agreement dated February 22, 2008, between the Cit of Miami ("City"), a municipal corporation of the State of Florida, and CH2M Hill Constructors Inc,, ("Contrac .r") a Delaware Corporation, for the provision of Construction Support Services ("Services") for the dredging & the Wagner Creek and Seybold Canal Waterways Project ("Project") is entered into this day of , 2014. RECITALS WHEREAS, pursuant to Resolution No, 07-0482, adopted Se ember 11, 2007, the City Commission authorized the execution of an Agreement for Dredging service ("Agreement") with CH2M Hill Constructors, Inc,, ("CH2M Hill") for the Project, in the amount of $917,35 ,00 for the Work, plus an owner contingency amount of $82,619.00, for a total not to exceed award value o 1,000,000; and WHEREAS, pursuant to Section 1-Terms and Conditio s, Article 3, Agreement Options, the Agreement provides for the execution of a Phase II Option for the onstruction Phase services for the Project subject to City Manager and City Commission approval; and WHEREAS, the City of Miami desires to exercise t e Option for Phase 11 of the Project (Part "A" and Part "B") for Construction support services for the remove and disposal of contaminated sediments for Wagner Creek and Seybold Canal; and WHEREAS, It Is now necessary to amend ti Scope of Work for the Project to include additional services for commencement of the Work, which include project planning and support, design criteria package preparation and proposal evaluation, which is further -tailed In CHM2 Hill's Proposal dated May 27, 2014, a copy of which is attached and incorporated as Exhibit 1 ("Part "A and Part B"); and WHEREAS, funds have been identified for Part "A" of Phase II for these additional services from'CIP Project No. B-50643; and WHEREAS, funds for Part "B" of hese II have been identified and will be released at the time of award of construction of the Project; WHEREAS, this Amendmen No. 1, approved pursuant to R-14- , increases the Agreement by $2,409,588,19, thereby hare sing the award value, for a total not to exceed $3,409,588.19; and WHEREAS, additional revisions to the Agreement are deemed necessary and have been agreed upon by both parties, and Page 1 of 4 NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: The Agreement is hereby amended as follows; 1, Section 1 - Terms and Conditions, Article 2, Scope of Work, is hereby amended to iriclude additional services as detailed in CHM2 Hill's Proposal, dated May 27, 2014, attached and incorpdrated as. Exhibit 1 (Part "A & B"), for Part A. 2, Section 1 - Terms and Conditions, Article 6, Contract Value, is h -ruby increased by $2,409,588.19 thereby increasing the Agreement from $1,000,000 to an amount gu nteed not to exceed $3,409,588,19, This shall be a time and material fee basis and the Contractor s 4II not be entitled to any additional compensation in excess of Attachment B, including but not limited to a,� requirements necessary to obtain environmental approvals mandated by Department of Environmental R (ource Management ("DERM"), ("Florida Department of Environmental Protection) ("FDEP"), Army .Corps pfEngineers ("ACOE"), the City or any other regulatory agency. 3. Section 1 — General Terms •and Conditions, Articl 3, Audit Rights and Public Records, is amended to additionally comply with. changes to Florida Statuteshapter 119, the Public Records Act, and Is supplemented as stipulated below. These terms and condition shall become effective upon execution of this Amendment No, 1. "Contractor shall additionally comply with Se on 119,0701, Florida Statutes, including without limitation: (1) keep and maintain public records that or arily and necessarily would be required by the City to perform this service ; (2) provide the public with acce to public records on the same terms and conditions as the City would at the cost provided by Chapter 11, , Florida Statutes, or as otherwise provided by law ; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements5/Or retaining public recordsand transfer, at no cost, to the City all public records in its possession upon tery)fiination of this Agreement and destroy any duplicate public records that are exempt or confidential and e,4empt from disclosure requirements ; (5) All electronically stored public records must be provided to the City in a format compatible With the City's information technology systems." All other terms and conditions of the Agreement remain in operative force and effect, Page 2of4 ATTEST: THE CITY OF MIAMI, FLORIDA CITY OF MIAMI, FLORIDA, a municipal Corporation of the State of Florida BY: By: Todd Hannon, City Clerk Daniel J. Alfonso, City Man er APPROVED AS TO LEGAL FORM AND APPROVED AS TO/INSURANCE REQUIREVENTS: CORRECTNESS: By: By: By: Victoria Mendez, City Attorney Ann-M fie Sharpe, Interi Risk Management Director ONTRACTOR ATTEST: CH2M Hill, Contractors, a Delaware Corporation Corporate Secretary By: Michael Kirchner; (Affix Corporate Seal CH2M Hill Authorized Signatory Page 3 of 4 Proposal dated May 27, 2014 Page 4 of 4 EXHIBIT I May27,2014 Mark Spanioll, P,E. Director, Capital Improvements Program City of Miami 444 SW 2nd Avenue, gth Floor Miami, FL 33130 Submitted via e-mail: m.spanioli@mlamlgov,com Subject. Proposal for Consulting and Sediment Remdval Support Wagner Creek/Seybold Canal Restoratig,riProject Miami, Florida Dear Mr, Spanioli: CH2M HILL 3160 SW 381h Avenue Sulte 700 Miami, FL 33146 'rel 305 441.1864 rex 305 443.6656,E CH2M HILL Engineers, Inc, (CH2M HILL) Is phased to submit this proposal to the City of Miami (City) to provide consulting services related to p ect management, procurement assistance and observation and reporting services during constru 'ion for sediment removal on the Wagner Creek/Seybold Canal Restoration Project (Project). We eve prepared this proposal based on our ongoing engagement and dialogue with the City starting in 2006, when CH2M HILL responded to the City's Request for Letters of Interest (RFLI No. 05-06-090) f r Dredging Services for Seybold Canal and Wagner Creek (3-50643), This ongoing commitment has a o encompassed our preparation of the Corrective Action Plan --Version 2 (CAP 2), which included s curing Federal, State, and County permits, as well as our teleconference with City staff on Septembe2, 2013, when we confirmed the requested scope of work (SOW). On the strength of 6ur.previous involvement with the project.and continued project support to the City, CH2M HILL fully rfnderstands both the critical need for and requirements of the Project. This proposal Includes twots with tasks associated with the planning, preparation and Implementation of the corrective a• Ion for removal and disposal of contaminated sediments from Wagner Creek/Seybold Canal. Th proposed SOW services include: PTA ask 1: Project planning and support Task 2: Design criteria package preparation and proposal evaluation PART 3 Task 3: Services during construction Our proposal describes the proposed SOW, assumptions and includes a cost estimate (budget) based on the City's procurement process and the project design parameters contained in the CAP 2 (CH2M HILL, 2009), CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 1 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA Project Understanding The Project involves dredging Wagner Creek and Seybold Canal to remove contaminated sediments and Improve drainage and navigation, ultimately benefiting Miami's local communities and south Florida's natural aquatic resources, Wagner Creek, which merges Into Seybold Canal, receives stormwater runvf from the surrounding C-6 Basin, Historical stormwater discharge Into Wagner Creek and Seybold Canal has resulted In elevated sediment concentrations of dioxins, total polycyclic aromatic hydrocarbons (PAHs), and metals, Dredging activities will begin where Wagner Creek exits a culvert systerh at NW 20th Street and will continue to the point where Seybold Canal discharges Into the Miami River. Consistent with the approved CAP 2 and permits, the project will provide for the efficient and safe • excavation of contaminated, accumulated sediment In six Operational Sectiprfs (OS's) (five in Wagner Creek and one In Seybold Canal), as well as transport of that sediment appropriate landfill(s). Wagner Creek is an Important part of the Miami River water system; htwever, It is a 303(d) listed water body that has a high concentration of pollutants, Project Delivery Team CH2M HILL's core project delivery team consists of the dilowing roles: Project Director; Client Service Manager; Protect Manager; Senior Technical Consultant; Onsite Construction Inspector; Offslte Health and Safety Manager; and Onslte Quality Control aanager, Key personnel and their responsibilities are identified below. Project Director (PD): The PD, George Hicks, is Global Market Segment Director for CH2M HILL's Sediment Management Program, Irf this capacity he is responsible for CH2M HILL's technical quality, project delivery and client satin " ctlon. This role will be in effect for the duration of the project. Client Service Managers, M's): The CSM's, Mike Shehadeh, Tom McSweeney and Daniel Dietch will serve as the llaisons✓between the City and CH2M HILL project team. Mr. Shehadeh will be the interface between C >2M HILL and the City's CIP Director and Mr, McSweeney and Mr, Dietch will be the interface betty en CH2M HILL and the City's CIP Project Manager. These roles will be in effect for the duration • f the project. Project Ma Eger (PM): The PM, Gary Foster, will be responsible for the overall execution of the work, Sp Mc responsibilities of the PM will include the following: • C 2M HILL project team management • roJect set-up, Including financial and scheduling systems Project management plan p.reparatlon and execution • Communication with the permitting agencies on technical matters Schedule updates and project documentation • Project closeout This role wlli be in effect for the duration of the project. CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 2 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEL( AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA Senior Technical Consultant (STC), The STC, David Cole, will be responsible for providing technical oversight for the overall execution of the work, Specific responsibilities of the STC will include the following: • Identify potential project execution risks and develop appropriate mitigation strategie,�'for the City's consideration �,�' • provide technical support to the CH2M HILL team This role will be in effect for the duration of the project. Dnsite Construction Inspector (CI): The CI, Roy Weller, will be onslte -ring the dredging portion of the project, Specific responsibilities Include the following: • Interface with the PM and the City's Construction Manager an a daily basis o Prepare daily and weekly performance, productll r(and other related reports • Observation of contractors' performance • Manage CH2M HILL field staff • Compliance with CH2M HILL's site -specific> alth and safety plan and construction quality control plan • Equipment observation for compllan with applicable permits (e,g,, dredge material containers, not the dredging equip ent) • Interface with the dredging con actor as directed by the City This role will be In effect for coll'struction portion of the project. Offsite Health and Safe wager (HSM): The HSM, Mike Shanahan, will be responsible for the following specific tasks CH2M HILL field staff only): • Develop the C 2M HILL site -specific health and safety plan * Review and dvlse the City of activity hazard.analyses (AHAs) * Observe e team performance for safe execution of the work • Revle he project team safety requirements • Obs ve and document project health and safety activities This dale will be In effect for construction portion of the project nsite Quality Control Manager (QCM): The QCM, Tyler Deeds, will be responsible for the following specific tasks: • Development of field quality control plan • Observation of compliance with quality control plan • Preparation of daily and weekly quality control reports • Documentation of quality control activities This role will be in effect for construction portion of the project, Resumes for our core project delivery team are presented in Attachment A, CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL a CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMi, FLORIDA` Scope of Work PART A Task 1— Project Planning and Support Throughout the project, CH2M HILL will provide project management services to keep t 6 protect on schedule and budget, Adequate resources for project management, coordination, fie. conferences and meetings'will be devoted to successfully Integrate these various activities, As par f thls task, CH2M HILL will perform the following activities: • Provide miscellaneous communications with, and responses tosequests from the City and agencies regarding the dredging activities, as directed by th City, • Provide technical support and planning/coordination forGccessful Implementation of the dredging activities. • Plan and conduct up to three pre -construction coo inatlon/status meetings with the City that will include the PM, CSM, and STC, • Perform monthly project updates, including fidget tracking and client Invoicing prior to and during construction. • Develop the conceptual project sched that Includes protect milestones; meetings, proposal evaluations, mobilization and servic during construction. • Develop bidder lists for the folio :' g services: o Dredging, including access . greements, capital equipment, maintenance of traffic (MOTs), surveying (land and hydr%graphic), and sampling/testing/monitoring; transport and disposal; archaeology.'<tructure repair; and third party monitoring (water quality, manatee, noise, and air quail • Support the City's reyew of the selected contractor's required operational, health and safety, and training docu t submittals prior to mobilization, • Update previous prepared engineer's estimates (+15%/-10%) for the various services included In this SOW pr r to issuing the solicitation. • Verify that t e necessary permits have been obtained by the City or contractor and that the cantracto s work plan will be in compliance with the requirements of these permits, Including permit lose -out, • Supp t the City with its Public Involvement Plan as detailed In the CAP 2. CH2M HILL will attend pu ! c engagement meetings and prepare presentation materials. • S .port the City to secure financial support, Including applications for funding from sources uch as the Florida Inland Navigational District (FIND), State Revolving Fund (SRF), or Community Development Block Grants (CDBG). Provide funding source documentation (e.g., FIND, SRF and CDBG),Review and evaluate structure repair claims. The project planning and support activities are Intended to maintain continuity among the various project stakeholders, Assumptions For this task, CH2M HILL assumes the following: • The City will review and approve the protect schedule, SOW, structure survey requirements and cost estimates, which will be provided by CH2M HILL within 30 days of Notice -to -Proceed, • CH2M HiLL will prepare for and attend up to ten (10) 2-hour project management/planning meetings during the project (assumes two CH2M HILL staff per meeting), • The City will Implement Its Public Involvement Plan as referenced In Section 5 of the CAP 2 and described in Appendix E and CH2M HILL will assist for the duration of the project. CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO DE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA • Additional services will be provided as requested by the City and will be compensated based on the labor rate schedule provided In Attachment C. Deliverables For this task, CH2M HILL will provide the following; • Prepare coordination/status meetings agendas and minutes. • Prepare monthly project updates, Including budget tracking and client invoolcing. • Prepare project schedule ,(in Microsoft Project) based on durations tha • dill be updated at least monthly. • Prepare bidders list, which will be recommended to the City, Not ithstanding any recommendations, the solicitation will not be limited to thosefirms. • Prepare funding source documentation/reports, Task 2 —Design Criteria Package Preparation and Proposaljvaluation CH2M HILL will prepare the design criteria package that v„lil be included in the RFP and provide technical support throughout the procurement process, As part off thls task, CH2M HILL will perform the following activities; • Prepare the design criteria package bd on the CAP 2 and permit conditions. • Provide technical input to the contt�ra'ct. • Prepare regulatory submittal regdirements. • Prepare SOWs for each task b eed on the CAP 2 and permit conditions, • Review the complete RFP c • Perform project site wal • Facilitate pre-proposq • • • piled by the City prior to Issuance, Ith potential proposers, including City staff. eeting. Prepare proposal e uetion form. Provide technical flout to the City oh Requests for Information (RFIs), Provide techni I support to the selection committee, Attend select on committee meetings as a technical resource (assumes two CH2M HILL staff at three mee fngs). • Evaluat roposals (technical and financial). • Prepa recommendations for contractor selection, . • Prod'' de technical support during contract negotiations. • A (end contract negotiations meetings as a technical resource (assumes two CH2M HILL staff at ree.meetings), Assess the need and extent for archaeological monitoring. If required, contracting with an archaeologist will be Included as a service In the solicitation, Assumptions For thls task, CH2M HILL assumes the following, • The City will define the procurement process. • The City will Issue solicitations to the contractors. • The City will host a pre -proposal meeting that will include the contractors and CH2M HILL, • The City will host the project site walk with potential proposers., • The City will appoint the selection committee. • The City will procure and set up contracts with recommended contractor. • Solicited contractor(s) will attend the pre -proposal meeting. • Solicited contractor(s) will prepare and submit proposals, CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO DE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 6 CONSULTING, AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA • Selected contractor will negotiate the contract (Including terms and conditions) with the City • Additional services will be provided as requested by the City and will be compensated baaidon the labor rate schedule provided In Attachment C, • Task 2 activities have an estimated duration of 9 months, Deliverables For thls task, CH2M HILL will perform the following, • Prepare the design criteria package, including the SOWs for each to ICbased on the CAP 2 and permit conditions. • Prepare regulatory submittal requirements. • Facilitate pre -proposal (bid) meeting, • Lead the site walk, • Prepare proposal evaluation form, • Provide technical Input to the City's RFI responses, • Attend selection committee and contract negotia eons meetings (assumes three meetings for each topic), • Prepare proposal evaluation matrices (techn al and financial), • Prepare recommendations for contractor-lection, • Prepare meeting minutes, PART R Task 3 - Services During Construction Throughout the sediment removal actiyi ies, CH2M HILL will assist the City by observing and Inspecting the daily work of the contractor to dgdument execution In accordance with project plans, specifications and permit conditions, CH2M HILL's CI and PM will reprresent the City as its agents and will have the authority to act on its behalf when requested, Thejewlll be occasions where the CI and/or PM will be asked to direct the contractor based on direction from the City, 'The CI and/or PM will not direct the contractor without specific direction from the City. The actual terms and conditions will be defined in a work plan prepared by CH2M HILL and approved by the City. CH2M Hill's staff will verify the contractor has obtained all required permits and will monitor their term and requirements throughout the project, The contractor holds the responsibility to obtain and comply with the permits. CH2M HILL's CI will report to the City any identified non-conformance concerns so that the City can direct the dredging contractor and other protect support contractors on these Issues, CI-12M HILL will review all reports prepared and submitted by the contractors. CH2M HILL will verify that the reports include Items such as operational Information, material quantities used, and health and safety activities before the contractor delivers the report to the City. The reports will be reviewed by the City to verify that the quality assurance process Is working adequately. CH2M HILL will be at the site upon the dredging contractor's mobilization and will remain on -site throughout the set-up, dredging and demobilization activities, The CI will be responsible for observing and reporting whether the sediment removal is conducted In accordance with all applicable permits and applicable regulations and agreed upon In the contract award between the City and the dredging contractor, The CI will document.any deviations from the agreed -upon means and will notify the City If these deviations may violate any permit conditions and/or applicable regulations, The CI will report CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 6 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA deviations from the agreed -upon means to the City for approval prior to implementing a change. In addition, CH2M HILL will keep the City updated on the daily construction activities and project status, As part of assisting the City with observation and reporting, CH2M HILL will perform the fbllowin activities: • Document pre construction structure conditions. • Observation inspection and daily reporting of the following: o Mobilization; o Daily dredging; o Water and turbidity monitoring; o Verify contaminant testing Is conducted consistent wit yt e permit conditions o Daily confirmation surveying (as required); o Regulatory agency communication; o Contractor invoice review; o Field documentation and reporting (e.g,,), cess agreement conditions/ MOT conditions/compliance, testing and difrpOsal manifests); o Quality assurance/contract comp rSCe; and o Schedule and budget status. • Review the contractor's health a d safety plan for alignment with the City, CH2M HILL will not be responsible for approving e contractor's health and safety plan. • Review change order requu ts. • Monitor that terms of rfy access agreements are being met (e.g,, pre- and post -condition surveys, hours, etc.) • Review contractor pay applications. • Intergovernm tal liaison (e.g., U.S. Army Corps of Engineers, Florida Department of Envlronmen I Protection, Miami -Dade County Department of Regulatory and Economic Resource , • Prepar Construction Completion Report summarizing all field activities, Including volume of sedi ent removed, survey data, site drawings including signed and sealed as-bullt drawing pr vlded by the contractor, transport and shipment of the sediment, and structures repaired (pdf format). ' A,''part of this task, CH2M HILL may perform the following additional services as directed by the City; However, It should be noted that these activities are not included In the budget presented in Attachment B: • Review SOWs of work for structure repairs prepared by the contractor. • Observe structure repairs In the field (e.g,, embankments and sea walls), • Provide additional services as requested and mutually agreed upon. Assumptions • For this task, CH2M HILL assumes the following: • CH2M HILL will assist the City'by observing and Inspecting the work of the contractor to document project execution in accordance with project plans and specifications, • CH2M HILL will prepare for and attend construction progress meetings, initially every two weeks for the first two months, then monthly for the duration of construction, The meetings are assumed to last up to one hour each. CLIENT CONFIDENTIAL WORT( PRODUCT, MOTTO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 7 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL. RESTORATION PROJECT CITY OF MIAMI, FLORIDA • CH2M HILL will assist the City in providing financial tracking of the selected contractor. • CH2M HILL will assist the City with change orders review, as applicable. • CH2M HILL will be responsible. for preparing and managing Its own health and safety program, • CH2M HILL will not be responsible for sediment and other sampling and analysis. • CH2M HILL will not be responsible for sediment transportation and disposal, • City is responsible for directing and managing the selected contractor actual work, • Selected contractor will be responsible for preparing and managing their own heyth and safety program, • Selected contractor will be responsible for obtaining necessary access agreents. • Selected contractor will be responsible for pre -mobilization structure syvey to evaluate properties and in -water structures that could be affected by the moIilzation of equipment to the creek and canal or by dredging within the waterways, • Selected contractor will be responsible for providing and setts g up structure protection during the sediment removal activities. • Selected contractor will be responsible for pre- and po -dredging surveying (e.g., land and hydrographic). • Selected contractor will be responsible for watef' ontrois and maintenance of traffic, • Selected contractor will be responsible for d Eumenting as -built conditions, • The project is expected to be executed o 4n up -to 14-hour day, 5-day-a-week schedule, • Task 3 activities have an estimated du Lion of 16 months, assuming no weather or other delays. • The City will establish an estimat4 udget to address structure repairs within the project site, if required and CH2M HILL will ass' • CH2M HILL is not responsible fbr the costs to repair structures. • Selected contractor will bet esponsible for repairing structures caused during the performance of their work. • Work related to stru re repairs will be provided as requested by the City, but have not been budgeted, Compel= ation will be based an the labor rate schedule provided in Attachment C. • Additional servipds will be provided as requested by the Clty and will be compensated based on the labor ratfihedule provided in Attachment C. Deliverables For this task, CH'2M HILL will perform the following: • Pr pare construction progress meetings agendas and minutes, • / erform inspections, observation and daily reporting/activity lags, Review pre- and post -dredging surveying to document work performed. Prepare CH2M HILL Health and Safety Plan and AHAs (,pdf format), Review contractor prepared as-bullt's, • Prepare Construction Completion Report. • Prepare CH2M HILL's project close-out documentation. CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CiTY OF MIAMI, FLORIDA Conditions and Limitations CH2M HiLL proposes to provide services with the following conditions and limitations; • The City will contract directly with the•dredging contractor, monitoring contractors (e,g.�, ater quality, manatee, noise, air quality) and structure repair contractor and provide all ateriais and supplemental support for successful completion of the restoration activities along/Wagner Creek and Seybold Canal, pursuant to the agreement between the City and the dredirig contractor, Dredging contractor fees, material costs, and supplemental support costs ar not included in this proposal. • Changes in laws or regulations not known or foreseeable on this prop al date have not been included in the budget or time of performance of the services. • The selected contractor will provide divers and oil spill respons services if needed during the project, • CH2M HILL will not be responsible for the elimination o�r i5atement of safety hazards which are not created by CH2M HILL or which do not result fro =the work described in this proposal, • CH2M HILL will assist the City by observing and Ins 4ting the work of the contractor to document execution in accordance with projec tans and specifications. • CH2M HILL has assumed that the City will pr ide free and unlimited access to the site for performance of observation and Inspecti2 services. If access agreements for private property are necessary for portions of the prof t , the City will secure these agreements in advance and the schedule will not be Impacted, • The costs of additional activities r delays due to protection of wildlife and marine life have not been included in the budget schedule, • All work will be performed I appropriate personal protective equipment (PPP), • CH2M HILL will not be r ponsible for delays caused by regulatory agencies, Any such delays will be evaluated for adjl ment to the project budget or schedule, • The budget and sc edule do.not include downtime for severe weather (e,g., hurricanes, high winds, rough w , er, or lightning) that would significantly delay field activities, Any weather conditions th could Impede work, damage equipment, or compromise safety will be recognized• s a legitimate basis fora work stoppage or delay, • It Is assu ed that all required permits have already been obtained for the restoration activities. • It is as med that a contractor for the City will monitor turbidity near the point where Seybold Can discharges into the Miami River as required for regulatory compliance. • It Is assumed that the contractor will be responsible for contracting for archaeological services s required. • The City and Its contractors will provide logistics, telecommunications, and sanitary services support to its temporary field office (location to be determined), if required, • CH2M HUM! be responsible for their own temporary field office (including utilities), vehicles, laptop computers, cellular phones, digital recording equipment (e,g,, audio, photo, and video), and any other office supplies required to complete these tasks. • The contractor will provide for the handling, storage, and disposal of all debris or waste generated in performance of the SOW, • The City will authorize CH2M HILL to stop the contractors work in the event that certain emergencies or hazards occur. The City will incur any change orders that may arise from these work stoppages, and will not pass any costs to CH2M HILL. • It Is assumed that the City will provide uninterrupted funding for the entire project, CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL . 9 CONSULTING AND SEDIMENT REMOVAL SUPPORT WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MiAMI, FLORIDA Estimated Schedule Table 1 presents a conceptual project schedule, which will be further defined as specified in Task 1, Table 1 Estimated Protect Schedule Task ' . . >..;;.;, ;. zadtivity. ..Ettimated .Dura l n . (Calendar Da •s) Task 1 Project Planning and Support 73 " Task 2 Design Criteria Package Preparation and Proposal Evaluation 40 Task 3 Services During Construction 469 Total Estimated Duration ,/ 739 Terms, Conditions and Compensation CH2M HILL will provide the professional services described in this proposal In accordance with Section 3 of the Agreement for Dredging Services for Wagner Creek and Seyb�°Id Canal Waterways (Project Number B-50643), dated February 22, 2008 with the following cp�iditions; • The work will be performed on a Time and Mater is basis with an estimated budget of $2,409,588.19, which Is presented in Attachme- t B. • The proposed budget is based on the prole delivery team roles and the job classifications presented In Attachment C. • The budget is contingent on reaching utually agreeable contractual terms and conditions. • CH2M HILL will invoice on a milt basis and will only Invoice the City for actual work performed, • It is assumed that once dredffIf g commences work will continue uninterrupted through completion (I.e., OS 1 throl(gh 05 6). • The contract will be assed from CH2M HILL Constructors, Inc, to CH2M HILL Engineers, Inc. CLIENT CONFIDENTIAL WORK PRODUCT, NOT TO BE SHARED OR COPIED WITHOUT THE CONSENT OF CH2M HILL 10 CONSULTING AND SEDIMENT REMOVAL SUPPORT, WAGNER CREEK AND SEYBOLD CANAL RESTORATION PROJECT CITY OF MIAMI, FLORIDA CH2M HILL thanks you for this opportunity to provide our proposal, We look forward to supporting the City on this.critically Important restoration project. Please contact Mike Shehadeh at (305) 547-91.26 if you have any questions or require any additional information. Sincerely, CH2M HILL Engineers, Inc. Mike Shehadeh, P.C. Client Service Manager Attachment A: Core Project Delivery Team Resumes Attachment B: Project Budget Attachment C: Labor Rates Schedule Copy; Jeavanny Rodriguez, P.E., City of Miami • Jose Lago, P.E., City of Miami Torn McSweeney, CH2M HILL AUTHORIZATION Services outlined herein as quested by the client shall be performed in accordance with the negotiated terms, conditions and co-'pensation of the Agreement. This Proposal shall also be incorporated by reference to the term' of the Agreement. Michael Kirch Operation') anager City of Miami Signature, ted Name: Title: Date: CLIENT CONFIDENTIAL WORK PRODUCT, NOT To BE SHARED OR COPIED WITHOUT THE CONSENT OF CN2M HiLL 11 Task Attachment $ Project Budget Hours Labor Labor Subtotal Expense Subs Travel Subtotal Markup Task Total Top Task 01-Project Planning an upport 01.01-D elop ProjectSchedule 42 $ 7,063_72 $ 7,063.72 $ 2.30 $ - $ - $ 7,066.02 $ $ 7,066_02 01_02-De p Bidders lists 24 5 4,773.40 $ 4,773.40 $ 460 $ - $ - $ 4,778.00 $ $ 4,778.00 01_03- Prepare E Estimate 56 $ 10,145_48 $ 10,145A8 $ 6.90 $ - $ - 3 10.152.38 $ - $ 10052_38 01.04- Support Pub0c Enna eat 336 S 56.824.32 $ 56.824.32 S - S - 3 - $ 56,824.32 $ - $ 56,624-32 o1.o5-Meetin 168 $ 31,737.63 $ 31,737_60 $ 600.00 S - $ - $ 32,337.60 $ 60.00 $ 32,397_60 O1A6- Project Accounting/Bl6ng 140 $ 13,119.30 $ 13,119_60 5 - $ - $ - $ 13,119.60 $ - 5 13.119.60 01.07- Provide Financial Seances (SRF,Grants, etc) $ 80,719_92 $ 130,71992 • $ 27.60 $ - $ - S 80747.52 $ - $ 80,747.52 Subtotal for Task 01 1,306 $% 204,33404 $ 204,334.04 $ 641_40 5 - $ - $ 205,025.44 $ 60.00 $ 205,085.44 Top Task 02-Design Citerla Package Preparafron and Proposal Evaluation 02_01- Prepare Design Criteria Package 212 $ 35,5 $ 35,50228 $ 13.50 5 - $ $ 35,516_08 $ 02.02- Prepare RegulatelySubna'@al Requirements 78 $ 13,896_12 13,896_12 S 4.60 $ - $ - S 13,900.72 $ 0203- Prepare SOWS For Each Task 120 $ 12983_66 S 9983_88 5 16.10 $ - $ - $ 19,999.76 S 02.04-Pert ur Site Walk 112 $ 21,25120 $ 21 1120 S - $ - $ - $ 21,25120 S 02.05- Faa6itate Pre -Proposal Meeting 116 $ 22,417.00 5 22,417b0 $ 6,90 $ - S - $ 22423_90 $ 0226-Prepare Bid EvaivaSon Forms 54 $ 9,869,64 $ 9,869.54 690 $ - $ - 5 9,876_54 $ 02.07-RF1 Responses 72 $ 13,24524 $ 13,24524 $ 690 S - 5 - $ 13,25214 $ 0208- Proposal Evalua5on 156 S 2852628 $ 28,52628 $ _80 $ - $ - $ 28,540_08 $ 02.09- Prepare Recommenda9ons 60 $ 11,67540 $ 11,675.40 S 6 S - $ - $ 11,682 60 $ 02.10- Contract Negotiation Assistance 60 S 10,495_04 $ 113.496.04 $ 13.80 - 5 - $ 10,509_84 $ 0211- Pre Construction Submiiial Review 96 $ 15,65320 $ 15,65320 $ 920 $ - $ $ 15,662.40 $ 5 36,516.08 $ 13,900_72 $ 19.99976 - S 2125120 $ 22,42390 - 5 9,876.54 - $ 1i25214 - 9 28,540.08 - $ 11,68230 - $ 10,509.84 - $ 15,652_40 Subtotal for Task 02 1,136 $ 202516.06 5 202516.05 $ 98.90 $ Con9ngenryfor Tasks 01 and 02 228 $ 39,256.20 $ 39,256_20 $ 1,379.50 $ S - S 202,614.36 $ - $ 202,61496 - $ 40,635.7O $ 134.50 $ 40770.20 Subtotal for Tasks 01 and 02 2,670 $ 446,156.30 $ 446,156_30 $ 2,119_80 $ Top Task 03 -Services Daring Construction 03_CH- Project Chattering 204 $ 34905_84 $ 34,905.84 S 1,060.36 $ - $ 6234_00 4220020 $ 100_00 $ 42.3007_0 031V10- Oversight Mobir arson 192 $ 31,676_48 S 31,578,48 $ 1,740.95 $ 3,600.00 $ 4,143_00 $ 41,360_43 $ 531.60 $ 41,89203 03_SS- Pre-Co895068on Shucture Condilions 228 $ 29,064.72 $ 29,064_72 $ 2.625.00 $ - $ 3,855.00 $ 54'672 $ 26250 $ 35,80722 03.01R1-OS4 Project Management 172 $ 32,685_48 $ 32,986_48 $ 1,410_40 5 - S 2,768_00 $ 37 - _88 $ 13920 $ 37,304.08 03.01.02 - 05-1 Dredging Oversight 1,250 S 159,49224 S 159.49224 $ 11,433A6 $ - $ 17,2_90.00 $ 188215_ $ 1,140.00 $ 189,355.70 020201-OS-2 Project Management 1513 $ 31,13824 $ 31,13824 S 1,394.50 $ - $ 2,82400 $ 35,356.74 136.30 $ 35,493.04 03A202-03-2 Dredging Oversight 1,234 9 156,134_36 $ 156,194_86 $ 14.383_46 5 - $ 172301)0 $ 137,96832 $ 1435.00 $ 189,303.32 03_03,01- 0S3 Project Management 204 $ 4020556 $ 40.20556 $ • 1,981_135 $ - $ 5,592.00 $ 47,778,62 $ .30 S 47,97292 03.03_02- 053 Dredging Oversight 1,832 $ 231,64022 S 231,6an 22 $ 20,190_36 $ - S 25,412.00 $ 277242_58 $ 2,015.0� $ 279,25758 03_04_01- 0S-4 Project Management 98 $ 18,61024 $ 18,61024 $ 517_95 5 - $ 1,147.00 $ 20,275.19 $ 49.3)3 $ 20.324_49 03.04.02 - OS-4 Dredging Oversight 454 $ 57,273.46 $ 57,273,46 $ 5.173.33 $ - $ 7,006_00 $ 69,453.09 $ 515.00 3� 59;958.09 03.05.01- 0SS Project Management 138 5 25.96224 $ 26,95224 $ 1,104.50 $ - $ 2.294.0D $ 30350.74 $ 107.30 $ S0,468.04 03.05A2-0S-5 Dredging Oversight 974 S 125,221_6 S 123221.05 $. 11,176.9D S - S 13,634.00 $ 143.6319E $ 1,115.00 S 149,146_96 03,06.01 - 0S-6 Project Management 374 $ 73,67024 $ 73,67024 S 3,543-00 5 - $ 9,95020 $ 87,16324 $ 348.00 $ 875 03_0602- 0S-6 Dredging Oversight 3,126 $ 395,63622 $ 395,636.22 $ 35,826_12 $ - $ 43,702_00 $ 475,164_34 $ 3,575_00 $ 478.739, 03_CR- Canshuclion Compte5on Report 296 $ 4028574 5 40,255.74 S 7,004.60 S - $ - $ 47,290_34 $ 700.00 $ 47,990.34 Subtotal for Task 03 10,944 $ 1,483,16324 $ 1,483,163.84 $ 120,56625 $ 3,600_90 $ 163,141_00 $ 1,770,4711)9 $ 12363.50 5 1,782,834.59 Conllogencyfor Task 03 1,014 $ 166,99360 $ 156,99360 $ 19,369.90 5 - $ - $ 176,354_60 $ 1,923.50 S 178,283_00 Grand Total 14,628 5 2086,313_74 5 Z086,313.74 $ 142046.95 $ 3,400.00 5 163,14100 $ 2,395,101_69 $ 14,48650 $ 2,409,580.19